Nampula Surgical Suite Renovation, Mozambique
ID: W912GB25RA007Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD FEST NAU1 EUROPEAPO, AE, 09096, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF HOSPITALS AND INFIRMARIES (Y1DA)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the renovation of the Nampula Surgical Suite at the Nampula Military Hospital in Mozambique. This design-build project aims to enhance the facility's functionality and services, including the installation of essential systems such as air conditioning, plumbing, and electrical upgrades, while ensuring compliance with local and international building codes. The contract, valued between $500,000 and $1 million, will be awarded using a Best Value Trade-Off acquisition method, with a submission deadline extended to July 8, 2025, at 1000 CEST. Interested contractors can reach out to SFC Kelsey Lahue at kelsey.j.lahue@usace.army.mil or MAJ Marcus Stringer at marcus.d.stringer@usace.army.mil for further details.

    Files
    Title
    Posted
    The US Army Corps of Engineers is initiating a design-build project to renovate the Nampula Military Hospital in Mozambique, aimed primarily at enhancing its functionality and services for the general population. The scope of work involves multiple disciplines, including architectural, structural, electrical, and mechanical systems. Key renovations consist of installing air conditioning units, plumbing fixtures, new partition walls, and a backup generator alongside electrical systems for power distribution and grounding. The project is mandated to comply with local and international building codes, ensuring durability, safety, and environmental considerations throughout the construction process. Contractors are responsible for providing detailed design submissions at various stages, including demolition plans, floor plans, life safety measures, and technical specifications for materials and systems. Furthermore, the facility’s design must accommodate accessibility requirements and emphasize low-maintenance, sustainable practices. This initiative underlines the US government's commitment to strengthening healthcare infrastructure abroad and is part of broader efforts to improve health facilities in collaboration with local authorities.
    This document outlines the price and payment procedures for a contract concerning the renovation of a surgical wing in a hospital. It specifies two main base items: Base Item 0001 focuses on the design of the renovation, including selecting and sizing a diesel generator, while Base Item 0002 addresses the actual construction work, which includes necessary electrical installation for the generator and associated site preparations. Additionally, there is an option item (0003) for the design and installation of a new diesel generator. Each base item and the option item comprise complete compensation for all related tasks, encompassing labor, materials, and quality control efforts. The document emphasizes the importance of thorough execution of work as per specified details to ensure successful renovation and compliance with relevant standards. These procedures are common within the context of government requests for proposals (RFPs), underscoring the need for detailed financial structures in federally funded projects.
    The document outlines a project for the renovation of the Nampula Military Surgical Suite located in Nampula, Mozambique, initiated by the US Army Corps of Engineers. It includes essential project details such as the site coordinates and a project location map, indicating the geographic focus of the renovation. The initiative appears to be part of broader federal government efforts, possibly aligned with improving military infrastructure in international contexts. The proposed renovation likely aims to enhance the surgical suite's operational capacity and medical service quality, ensuring it meets relevant military and health standards. Overall, this project exemplifies international collaboration in military healthcare improvement and infrastructure development.
    The document is a Bank Letter of Assurance addressed to the US Army Corps of Engineers concerning a specific project solicitation (W912GB25RA0007) for the renovation of the Nampula Surgical Suite in Mozambique. The bank, represented by authorized officials, commits to issuing a Bank Letter of Guaranty on behalf of the bidding firm, ensuring that 10% of the proposed contract price will be guaranteed. This letter serves to affirm the bank's support and financial backing for the contractor, should they be awarded the contract, and states that the Bank Letter of Guaranty will be provided within 14 days post-award, conforming to the specified conditions in the solicitation. Additionally, the bank assures that the contractor can obtain further guarantees in line with federal regulations. This document underscores the financial assurance crucial for government contracts, ensuring that funds are secured for project execution and adherence to compliance requirements.
    The document is a Bank Letter of Guarantee issued for the US Army Corps of Engineers regarding a contractor's obligations for a project in Mozambique, specifically the IAF-25-0032 Nampula Surgical Suite Renovation. The letter outlines that the bank will responsibly cover payments up to 10% of the contract value within five days upon the contracting officer's request, should the contractor fail to meet contract terms. It allows for modifications without the bank's prior consent while ensuring the guarantee's validity remains intact. The letter stays effective until the U.S. Government accepts the project, and it continues with a stipulated 5% amount once the work is accepted, until all guarantees expire. Supporting documentation includes a certificate of authority to validate the signers’ authority. This guarantee is essential in the context of government contracting, ensuring financial backing for project completion under federal RFPs and contracts.
    The document focuses on the Nampula Surgical Suite Renovation project in Mozambique, specified under contract number IAF-25-0032. It outlines the requirements for contractors submitting past experience information as part of the procurement process. Key elements include a completion verification section, detailing whether the project is over 75% completed, the final cost, and an instructive request for a comprehensive description of the project scope, size, and the contractor's role—whether as a prime contractor, subcontractor, joint venture, or key subcontractor. The file seeks detailed information on design-build methodologies, project size regarding construction and renovation, and a breakdown of self-performed work percentages. Furthermore, it emphasizes the importance of commitment from key subcontractors to enhance the contractor's experience profile. The primary goal is to ensure that prospective contractors provide adequate evidence of relevant past performance, adhering to regulations that cater specifically to projects undertaken for the U.S. Department of Defense. This focus underscores the significance of accountability and compliance in federal and local procurements.
    The project involves renovating a multi-story building and constructing a new parking structure at Aviano Air Base, Italy, with a total funding amount of $750,000. The contract was initiated on December 13, 2021, expected to reach completion on December 12, 2022, and emphasizes design-build construction methodologies. It includes various elements such as vertical construction, road and pavement repair, and installation of building insulation, with 51% of the work to be self-performed. The scope extends to major renovations of existing buildings and emphasizes the necessity of prior experience working with the U.S. government, specifically the Department of Defense and U.S. Army Corps of Engineers. The project is situated within a regional context that encompasses Estonia, Latvia, Lithuania, and Poland. This document reflects the federal government's commitment to enhancing military infrastructure and operational capabilities through strategic investments in construction and renovation projects.
    The NAVFAC/USACE Past Performance Evaluation Questionnaire is designed to assess contractors' performance in federal projects. Contractors provide detailed information including their firm name, contract details, and a project description. Clients are tasked with rating the contractor’s performance across several areas: quality, schedule adherence, customer satisfaction, management effectiveness, cost management, safety, and overall compliance. Clients can provide optional narratives detailing strengths and weaknesses of the contractor. The questionnaire includes a grading scale from 'Exceptional' to 'Unsatisfactory', offering a structured framework for performance evaluation. It encourages clients to submit their completed assessments directly to the contractors or the USACE, ensuring transparency and accuracy in the performance evaluation process. This tool enhances the contractor selection process for government RFPs, grants, and contracts by providing a reliable measure of past performance, which is critical for future bidding opportunities.
    The document outlines the requirements for submitting Letters of Commitment as part of federal contract proposals to the U.S. Army Corps of Engineers. It specifies that Offerors must use one of three letter templates—Subcontractor Commitment, Team Member Commitment, or Affiliate Commitment—to formally express their commitment to partner firms in the event of contract award. Each letter must detail the services to be performed, affirm the relationship between the parties, and include stipulations on the restriction of substitution for named subcontractors or team members without contracting officer approval. The letters emphasize the significant contributions of subcontractors or affiliates to the contractor's past performance, which may be credited during evaluation. If the Prime Contractor is not awarded the contract, the commitments become null and void. This framework supports transparency and accountability in federal procurement processes, ensuring that past performance and expertise are adequately recognized and documented.
    The Request for Proposal (RFP) W912GB25RA007 outlines the selection of a contractor for the renovation of a surgical suite at a hospital in Nampula, Mozambique. The evaluation process follows a Best Value Trade-Off methodology, focusing on proposals that demonstrate solid technical approaches, past performance, and price. Key project requirements include design and construction activities like demolishing interior walls, renovating the electrical system, and ensuring safety and quality control. Offerors must submit two volumes: Volume I, assessing technical approach and past performance, and Volume II, detailing pricing and compliance documentation. The technical approach is the most critical factor, emphasizing a thorough understanding of the project’s complexity and adherence to local requirements. Past performance evaluations will focus on similar projects' relevancy, successful completion, and self-performance criteria. Moreover, proposers must comply with submission guidelines, including registering on the ProjNet for inquiries, submitting electronically, and adhering to specific formatting guidelines. The emphasis on local compliance and the need for VAT management highlights the project’s regional specificity, aiming for a sustainable and effective renovation of the surgical suite to improve healthcare facilities in Mozambique.
    The document outlines a conceptual site plan for the renovation of the Nampula Military Surgical Suite in Nampula, Mozambique, under the oversight of the US Army Corps of Engineers. It emphasizes the need for contractors to verify existing site conditions and ensure designs comply with necessary codes and the scope of work (SOW). Key features on the site plan include an existing elevated water tank, septic tank, transformer, proposed generator with a concrete pad, and an ambulance parking area. The purpose of this document is to provide a framework for the renovation project, ensuring all designs align with federal standards and local requirements as part of the government’s infrastructure initiatives. The comprehensive planning aims to enhance the facility's operational capacity, reflecting the government's commitment to improving military medical support services.
    The document presents a conceptual site plan for the renovation of the Nampula Military Surgical Suite in Nampula, Mozambique, under the auspices of the US Army Corps of Engineers. It specifies that the provided drawings are for reference only, emphasizing that contractors must verify existing conditions and ensure compliance with relevant codes and the statement of work (SOW). Key components of the site identified in the plan include existing facilities such as an elevated water tank, septic tank, transformer, and ambulance parking, as well as a proposed generator with a concrete pad. The summary indicates renovation efforts focusing on existing structures while integrating new utilities that support operational functionality. The overall purpose reflects a strategic initiative to enhance military medical infrastructure through renovation projects, adhering to government standards for effective execution and oversight in federal RFP contexts.
    The document presents a demolition and construction plan for a surgical suite project located in Wiesbaden, Germany, involving the US Army Corps of Engineers. It details the necessary demolition of existing structures on the ground floor to prepare for new construction. The plans specify keynotes and notes critical to both demolition and new construction phases. Each section is clearly marked, including a key to reference other sheets for additional information. The documentation serves to guide contractors by outlining essential steps, compliance measures, and design specifications in alignment with federal regulations. The clarity and structured format aim to ensure efficient execution of the project, emphasizing safety, regulatory compliance, and logistical planning. This type of document is common in government RFPs, reflecting standardized practices in federal and local contracting initiatives.
    The U.S. Army Corps of Engineers’ Engineering Guideline 01/2016 outlines standardized procedures for the preparation of structural calculations for construction projects within its Area of Responsibility. The guideline instructs that structural calculations must be complete, understandable, and well-organized, enabling third-party utilization. It specifies a required format comprising a cover sheet, table of contents, preliminary remarks, drawings, load assumptions, detailed calculations, connection force tables, and a final signed page. Key elements include providing comprehensive data on project specifics, loading conditions, and structural assessments through systematic calculations that verify load capacities and deflections. Emphasis is placed on ensuring clarity in presentation, reproducibility, and thorough documentation for any delegated design components. The ultimate goal of these guidelines is to ensure high-quality, reviewable structural submissions that comply with applicable standards and facilitate effective project execution. This document serves as a crucial reference in the context of government RFPs and grants, aiming to streamline structural engineering processes and promote consistency across projects.
    The refurbishment of the Animal Health Science Reference Laboratory in Maputo represents a collaborative effort between the United States and Mozambique, facilitated by support from the U.S. Africa Command and the Office of Security Cooperation at the U.S. Embassy, alongside the Mozambique Ministry of Agriculture and Development. This partnership underscores the commitment to enhancing animal health protocols and established facilities in Mozambique, ultimately aimed at bolstering agricultural and public health systems. This initiative reflects broader goals of cooperation and development through federal grants and local RFPs, ensuring that both nations can effectively address animal health concerns and improve overall veterinary infrastructure. The collaboration not only strengthens ties between the U.S. and Mozambique but also represents a proactive approach to health management in agricultural sectors.
    The document outlines the requirements for independent structural proofing within a design-build framework. It mandates that an independent, licensed proofing engineer verifies the structural design and calculations at the contractor's expense, ensuring compliance with host nation (HN) building codes and permitting requirements. The proofing includes examination of structural calculations, execution drawings, and any necessary documentation related to fire protection and seismic zones. Deliverables at the final design stage must include a comprehensive proofing report, which documents the proofing engineer's findings, structural assumptions, and applicable codes, along with identified actions to address any concerns. Additionally, the contractor must demonstrate in the final design submission that all remarks from the proofing have been adequately addressed. This process emphasizes objectivity, transparency, and accountability in structural engineering, contributing to the overall safety and integrity of construction projects undertaken under federal or state/local RFPs and grants. Compliance with rigorous structural verification ensures alignment with established safety standards during execution.
    The document outlines the procurement and contracting requirements for federal construction projects, specifically addressing special conditions for work involving host nations. Key topics include payment structures, definitions of terms such as "betterment" and "host nation," and the order of precedence for conflicting contract provisions. Significant responsibilities of contractors include compliance with host nation laws, obtaining necessary permits, and managing site access, particularly on military installations. The contractor is also required to communicate primarily in English and ensure that personnel can understand and implement instructions effectively. The document emphasizes strict adherence to environmental protection measures and the maintenance of the construction site, with specific protocols for documentation, reporting, and handling delays related to adverse weather conditions. Overall, this comprehensive framework aims to streamline project execution while ensuring compliance with legal and safety standards, reflecting the government's commitment to effective and responsible contracting practices in both federal and local contexts.
    The document outlines the pricing schedule for the renovation of the Surgical Wing at the Mozambique Nampula Military Hospital, part of a federal Request for Proposal (RFP). Offerors are required to submit pricing for base items, which include the design and construction of the renovation, as well as option items, such as the installation of an emergency generator. The responsibilities encompass all necessary labor, materials, and services to complete the project per the provided specifications and safety regulations. Additionally, the document highlights the performance period for the project, stipulates potential liquidated damages for delays, and emphasizes that any price variations must be validated against unit prices. The government retains the option to award additional items within 90 calendar days of the contract award. This formal request seeks to ensure clarity in budget proposals while complying with all technical and administrative requirements, underscoring the commitment to improving military hospital infrastructure in Mozambique.
    The document outlines the requirements for the renovation of the Mozambique Nampula Military Hospital, emphasizing the contractor's obligations regarding the timeline and execution of work. It specifies that the contractor must start work within seven days of receiving the notice to proceed and aims for completion within 450 days. This timeframe includes final cleanup tasks. The government plans to issue a single notice that encompasses all renovation activities, indicating a streamlined approach to project management. This RFP exemplifies government efforts to enhance healthcare infrastructure, reflecting a commitment to improving facilities for military health services in Mozambique. The structured timeline and thorough planning ensure accountability and progress in the project’s execution.
    The document outlines a Request for Proposal (RFP) by the U.S. government for a design-build project focused on renovating the Nampula Military Hospital in Mozambique. The solicitation number is W912GB25RA007, and the project is categorized under full competition, with an estimated construction cost between $500,000 and $1,000,000. The successful contractor is expected to deliver a firm-fixed-price contract. Key requirements include the provision of performance and payment bonds, adherence to specific timelines, and the necessity for a sealed bid submission with essential documents. The RFP includes attachments detailing the scope of work, design specifications, and evaluation criteria for bidders. The project aims to improve the hospital's surgical suite, ensuring it meets contemporary standards while facilitating future operational efficiency. The document emphasizes compliance with various federal regulations and mandates that bids be submitted by July 1, 2025, at 10:00 AM local time. The government intends to award the contract to the proposal that provides the best value, highlighting the importance of quality and financial prudence in contractor selection.
    This document is an amendment to a solicitation for a government contract. It extends the due date for offers to July 8, 2025, at 1000 CEST, updating the conceptual site plan and ensuring that all terms from the original solicitation remain effective, except for the specified changes. Offerors must acknowledge receipt of this amendment through various methods to avoid rejection of their offers. If any changes are needed to an already submitted offer, they must also reference the solicitation and amendment details. The document contains structured components related to modifications, including a summary of changes and administrative data. The amendment highlights the importance of timely communication about solicitation updates and compliance with regulatory protocols, which are essential for the continuation of the procurement process. Overall, it serves to facilitate smooth contract execution amid procedural updates.
    Lifecycle
    Title
    Type
    Similar Opportunities
    North Landing Zone (NLZ) Role II Medical Facility
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is preparing to solicit proposals for the construction of a Role II Medical Facility at the North Landing Zone (NLZ) in Syria. This project involves the design and construction of a new medical facility, including associated power generation and services, with a contract value anticipated between $1 million and $5 million. The procurement process will follow FAR Part 15, utilizing a Lowest Price Technically Acceptable (LPTA) source selection method, and is expected to open for proposals around December 15, 2025, with a closing date around January 14, 2026. Interested contractors should ensure they are registered in the System for Award Management (SAM) and the Joint Contingency Contracting System (JCCS) to be eligible for award, and may contact Nikisha Cook or Michael Getz for further information.
    W9127826SSN2511-MRDC O&M with Repair and Minor Construction
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Mobile District, is seeking information from potential contractors for a Firm-Fixed-Price contract to provide operation and maintenance (O&M) services, along with repair and minor construction, in support of the Defense Health Agency (DHA) Medical Research and Development Command (MRDC) at multiple locations. The contract will require 24/7 support for various medical, dental, pharmacy, and laboratory facilities, necessitating extensive knowledge of medical facility operations and compliance with Joint Commission standards. Interested contractors should note that this is a Sources Sought Notice for market research purposes only, with no solicitation currently available; responses are due by December 8, 2025, and inquiries can be directed to Tiffany Williams at Tiffany.N.Williams@usace.army.mil or the CT-M Inbox at ct-cproposals-medcom@usace.army.mil.
    New US Embassy Maputo Compound (NEC) -York Air Cooled Chillers Periodic Maintenance Services
    State, Department Of
    The U.S. Embassy in Maputo, Mozambique, is seeking qualified contractors to provide periodic maintenance services for York Air Cooled Chillers at the New US Embassy Compound (NEC). The procurement involves a one-year base contract with four optional one-year extensions, focusing on preventive maintenance and ensuring the operational efficiency of the chillers and associated equipment. This maintenance is critical for the embassy's climate control systems, which are essential for the comfort and safety of embassy personnel. Interested parties must submit their electronic quotations by December 17, 2025, following a site visit on December 2, 2025, and should contact Lintra Harrington at MaputoGSOProcurement@state.gov for further details.
    Two Phase Design Build IDIQ MATOC in Support of the Western Region
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is announcing a presolicitation for a Two Phase Design Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) to support the Defense Health Agency (DHA) program in the Western Region of the United States. This procurement aims to provide design-build and repair services for military healthcare and research laboratory facilities, focusing on architectural, mechanical, electrical, instrumentation, security, and safety areas, with a total contract capacity of $249 million. The solicitation will be available on or around January 12, 2026, and interested contractors must be registered in SAM.gov to access the solicitation documents via the Procurement Integrated Enterprise Environment (PIEE) website. For further inquiries, potential bidders can contact LaRhonda Archie at larhonda.m.archie@usace.army.mil or the CT-M Inbox at ct-cproposals-medcom@usace.army.mil.
    Sollars ES HVAC Upgrades, Misawa Air Base, Japan
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Japan District, is conducting market research for the "Sollars ES HVAC Upgrades" project at Misawa Air Base, Japan. This Design-Bid-Build (DBB) requirement aims to upgrade the existing heating system and add full cooling capabilities across five buildings, including extensive mechanical and electrical work, structural modifications, and site improvements. The project is significant for enhancing operational efficiency and comfort within the facilities, with an estimated contract value between ¥2,500,000,000 and ¥10,000,000,000. Interested local firms must respond by December 18, 2025, and are encouraged to contact Ryan Marzetta or Jennifer Knutson for further details.
    NASIC DISTRICT COOLING PLANT
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the design and construction of a cooling plant at Wright Patterson Air Force Base in Ohio. This project, titled "NASIC District Cooling Plant," involves a significant construction effort with a magnitude estimated between $25 million and $100 million, categorized under NAICS code 238220 for Plumbing, Heating, and Air-Conditioning Contractors. The procurement is classified as full and open, with a specific requirement for a 10% price evaluation preference for HUBZone businesses, emphasizing the importance of compliance with federal regulations regarding business size classifications. Interested vendors should contact Chase Rost at chase.j.rost@usace.army.mil or Patrick J. Duggins at Patrick.J.Duggins@usace.army.mil for further details, and access to solicitation documents is available via the PIEE link provided in the solicitation posting.
    Powerhouse 1 and 2 DC Panel Board Replacement
    Dept Of Defense
    The U.S. Army Corps of Engineers, Omaha District, is soliciting proposals for the replacement of DC Panel Boards at Powerhouse 1 and 2 located at Fort Peck Dam, Montana. This project entails the comprehensive replacement of electrical equipment, including Main 125V DC Station Boards, Preferred AC Panels, and Emergency Lighting Panels, along with necessary modifications to feeder wires and concrete bases. The estimated construction cost ranges from $1,000,000 to $5,000,000, and the solicitation is set aside for small businesses, with proposals due by January 16, 2026. Interested contractors should contact Marc Proietto or Brandie Murphy for further details and must ensure registration in the System for Award Management (SAM) to access solicitation documents.
    USPFO Hazardous Material Building Repair
    Dept Of Defense
    The Department of Defense, through the Army National Guard, is soliciting proposals for the repair and refurbishment of the Hazardous Material Building at the United States Property and Fiscal Office (USPFO) in Kingshill, Virgin Islands. The project entails significant renovations, including the installation of new metal roll-up doors and roof panels, solar-powered lighting, concrete repairs, exterior repainting, and replacement of hazardous material signage, all to be completed within 90 calendar days of the Notice to Proceed. This procurement is crucial for maintaining safety and compliance with federal and territorial building codes, ensuring the facility meets operational standards. The estimated contract value is $45 million, and interested small businesses must direct inquiries to CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or call 340-712-7868, with a site visit scheduled for December 16, 2025.
    FY26 HESSEN BAVARIA DB SATOC
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the FY26 HESSEN BAVARIA DB SATOC project, which involves a firm fixed price, indefinite delivery/indefinite quantity contract for design-build construction. The primary objectives include facility repair, renovation, conversion, alteration, additions, and the procurement/installation of minor construction projects within the states of Bavaria and Hessen in Germany. This contract is crucial for maintaining and enhancing military infrastructure, ensuring that facilities meet operational needs. Interested parties can reach out to Melodie Clare at melodie.e.clare@usace.army.mil or Ryan Fernandez at RyanDale.R.Fernandez@usace.army.mil for further details regarding the solicitation process.
    Repair AMSA / ECS - Arden Hills Army Reserve Center, Minnesota
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is conducting a market survey to identify small business concerns interested in a Design/Build project for the repair of the Area Maintenance Support Activity/Equipment Concentration Site (AMSA/ECS) vehicle maintenance facility at the Arden Hills Army Reserve Center in Minnesota. The project aims to repair failing facility components, extend the facility's economic life by 25 years, and modernize the maintenance capabilities for Army Reserve units, with an estimated contract duration of 900 calendar days and a cost range between $25 million and $100 million. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran Owned, must respond by December 16, 2025, at 2:00 PM EST, providing necessary documentation and experience related to similar projects. For further inquiries, contact Adam Brooks at adam.m.brooks@usace.army.mil.